Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2022 SAM #7598
SOLICITATION NOTICE

66 -- NanoDrop OneC Microvolume UV-VIS Spectrophotometer

Notice Date
9/17/2022 7:29:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E22Q0311
 
Response Due
9/20/2022 12:00:00 PM
 
Archive Date
09/27/2022
 
Point of Contact
Shannon Hukriede, Contract Specialist, Phone: (412) 822-3297
 
E-Mail Address
shannon.hukriede@va.gov
(shannon.hukriede@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E22Q0311. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as Full and Open Competition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Harry S. Truman VAMC has a requirement to purchase a Thermo Scientific NanoDrop OneC Microvolume UV-VIS Spectrophotometer for the Research Department. A firm-fixed price contract will be awarded for the purchase of brand name equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required Thermo Scientific equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS Thermo Scientific NanoDrop OneC Microvolume UV-VIS Spectrophotometer ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA _____________ ______________ Thermo Scientific NanoDrop OneC Microvolume UV-VIS Spectrophotometer, Includes: PR-1 pedestal conditioning solution, PV-1 performance verification solution, USB memory device, Microfiber screen wipe, USA Power Cable, Warranty: 2 year 0002 1.00 EA ____________ _______________ Shipping and Handling GRAND TOTAL _______________ 1.3 Product Capabilities & Salient Characteristics or equal Equipment shall have the following characteristics: Accurate measurements up to 27,500 ng/ L(dsDNA) with extended auto-range pathlength technology. Sample size limit of detection for dsDNA is Pedestal (2.0ng/ul) and (0.2ng/ul) with cuvette. Wavelength range is 190-850 nm. Fast and easy evaluation of nucleic acids and proteins with Auto-Measure and pre-programmed applications. Modern standalone design with local control and high-resolution touchscreen interface saves bench space. No consumables needed pipette directly onto the pedestal sample retention system. Enhanced connectivity with data transfer via USB, Ethernet, Bluetooth® and Wi-Fi options; PC software available for data management. Optional cuvette position for measuring dilute solutions and performing temperature sensitive experiments. Additionally, the vendor shall provide: Initial on-site unpacking, installation, and set-up of the machine. Certification of the install after installation. The product capabilities and salient characteristics identified above by a brand name or equal"" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering ""equal"" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified Procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-06, Effective May 26, 2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to shannon.hukriede@va.gov and Offerors must reference Solicitation 36C24E22Q0311 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Tuesday, September 20, 2022, NLT 3:00 PM EDT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66faf10a3a8947bfa9a4d582dacba930/view)
 
Place of Performance
Address: Harry S. Truman VAMC 800 Hospital Drive, Columbia 65201-5275
Zip Code: 65201-5275
 
Record
SN06469442-F 20220919/220917230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.